Loading...
95-197 Resolution No. 95-197 RESOLUTION ACCEPTING THE PROPOSAL OF DOME CORPORATION OF AMERICA FOR A SALT STORAGE FACILITY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, be and is hereby authorized and directed to accept the proposal on behalf of the City of Elgin of Dome Corporation of America for the supply and construction of a salt storage facility, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: September 13, 1995 Adopted: September 13, 1995 Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk • Ef1131111 Agenda Item No . September 8, 1995 , TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Proposal for the Supply and Construction of a Salt Storage Facility PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the single source purchase and construction of a "Domar" salt storage facility. • BACKGROUND The Public Works Departmen-: has been maintaining maximum salt storage of about 1, 000 tons with a covered storage capacity of about 600 tons . The remaining 400 tons of salt storage is uncovered and subject to weather. An average salting event will consume about 350 tons of salt. Our ability to respond to multiple winter weather emergencies is contingent upon timely and rapid deliveries of salt from our supplier. On many occasions over the past years, we have had to reduce our salting operations due to depleting salt supplies . On two occasions in the past three years, our salt storage was exhausted even using minimal applications. It is not possible at this late date to prepare documents and to solicit competitive bids for the construction of a new salt storage facility for use during the 1995/1996 season. Given the salt supply could be depleted again this winter season and create emergency conditions, a proposal was, solicited from Domar Corporation for the construction of a 108 foot diameter dome structure on a site prepared by the City. The proposal in the amount of $158,000 is attached as Exhibit A. It is further estimated that site preparation will cost an additional $80,000 . Attached as Exhibit B is a copy of a memorandum dated August 30, 1995 which provides further information on the required site improvements and the proposed dome storage location. We currently use about 5,000 tons in a winter season. It is expected that our usage of salt will increase by about 30 percent with the availability of adequate salt storage. Mayor and Members of the City Council September 8, 1995 ""' Page 2 Projected City growth will add an additional 20 percent in the next 10 years . Consequently a storage facility with a capacity of 7 ,800 tons was selected. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The 1996 General Fund operations portion of the Five-Year Financial Plan earmarks $225, 000 for the salt storage facility. Funding for this accelerated project would come from the anticipated Elgin Riverboat Fund surplus monies . The original 1996 dollars would be reprogrammed. A budget adjustment will be necessary. LEGAL IMPACT A written determination for the emergency condition and for the selection of the particular contractor must be made by the purchasing officer or department head. RECOMMENDATION That the City Council authorize the acceptance of the proposal from Domar Corporation of America in the amount of $158, 000 for the supply and construction of a 7, 800 ton salt storage facility. It is further recommended that an engineer be retained to prepare the necessary site development plan, including compensatory storage for storm water if required. Respectfull su 7ed, aftc, ' James L. Kristiansen Public Works Director Michael A. Sarro Purchasing Director 1 t� 6LC2.1. Richard B. Helwig City Manager JLK/do Attachments EXHIBIT A ' Proposal dated September 1, 1993 from Domar Corporation of America • r r Fry/ b/1 yy5 '11:by 21:11/448/ MIME. CUM-) NJ PAGE 01 • • =ss=- ■ ►- DOME CORPORATION OF A M E R I C A "September 1, 1995 City of Elgin 150 Dexter court Elgin, IL 60120 Attn: Mr. James Kristiansen RE: Supply of poser Salt Storage Building R-108 Model, 1081 Dia. , 101Wall Dear Mr. Kristiansen, Further to your inquiry, we wish to inform you that the name "Domar" and Patents held by our company are proprietary and do cover the proposed structure to be built for the City of Elgin, IL. Our patents afford us the protection of a single source supply for use and sale of our buildings to contractors, folk governmental bodies, and other users, while at the same time guaranteeing the best of product quality. Our proprietary rights and the product quality are recognized broadly by many governments, recently to include the City of Chicago, Lawrence, KS, and City of chesterfield, MO- where we have been entrusted to construct salt storage domes through price negotiations and eventual issuance of simple purchase orders by those cities. Dealing directly with the supplier has assured the clientele of fair pricing, while holding prises within the budget in spite of inflation or sudden rise in commodity costs. It also eliminates intermediaries mark-ups, thus additional cost_ We would be willing to extend the same opportunity to the City of Elgin. This is our busy season. Should we receive a Purchase Order from the City of Elgin, iL on or about the 15th. of September, T am confident that we could complete the dome by Christmas. 127 PINE STREET,P.O.BOX 1582. MONTCLAIR. NJ 07042 TEL.201/744-0440•TELEFAX.201/744-8759 t /'b5/i. 5 11:1:1 2k11/44b/5y UUML UU*' NJ PAGE 02 • zrz city of Elgin, IL Pagc Two Please let me know as to your wishes. Meanwhile, we luck forward to being of service to your good city. Yours very truly, DOME CORPORAT 1 OF ERICA Stanley S. Milic, President SSM:jlm • • • • rik • • • • r WV ni/VJ'J3 t�:�y 201.(44U1 DUMB NJ PAGE 03 -rse--- to" DOME CORPORATION p F A M E R C A September 1, 1995 City of Elgin 150 Dexter Street Elgin, IL 60120 Attn: Mr. Jim Christiansen RE: Proposal for supply and construction Dome Salt Storage Building Capacity: 7,800 Tons Dear Mr. Christiansen, We are pleased to have been invited to submit this firm price proposal for supply and construction of the 108 ft. diameter Dome Salt Storage building erected on a 10 ft. high reinforced concrete wall. Dome Corporation will supply and install the following: 1. Construct the reinforced concrete foundation ringwall, 108 ft. in diameter, 10 ft. high, concrete strength of 40001, all in accordance with our R-1013 plans and drawings. 2. Supply and fully erect the 1OR ft. diameter dome structure on the above wall. Doorway opening to be 20 ft. wide by 20 ft. high, gambrel type. 3. Provide and install roofing underlayment- 151, with approx. 200 squares of 25 year shingle (240-250i)- with all perimeter and side flashings. • 4. Install oloctrioal panel, 100 AMP/115-120V Breaker and Switch Box and P.V.C. wiring to power the following mentioned items: Four (4)- 250 Watt, High Pressure Sodium, Corrosion-proof fixtures with all necessary switches and wiring to -fixtures. Light fixtures to be positioned as follows: - Interior: One each on appropriate ring and height of dome, 90 degroAR to left and right of entrance, and one at 180 degrees rrom doorway. emk 127 PINE 31 war,P.O.SOX 1582, MONTCLAIR. NJ 0/042 TEL 201/744-0440•TELEFAX. 201/744-8759 Ll'Mt UK' NJ PAGE 04 tl7t71/17 1L: 201/44i/77 , N e"- City of Elgin, IL Page Two • - Exteriors Over the canopy of entrance. . Provide wiring and install one (1) Bayley Type Exhaust Fan, Model J836-bU6-K With capacity to exhaust air at the rate of 16,320 CFM. Fan shall be single phase, 2 HP, 690 RPM, Melt-driven propeller fan. Fan shall be corrosion resistant coated, completely enclosed, sealed unit. Gravity shutter shall be corrosion resistant with a HERESITE R-500 epoxy coating or approved equal. 5. Retrofit the dome for future conveyor installation to include: Top dome compression ring, additional bracing for conveyor support and conveyor entry dormer. TOTAL COST rag ALL DOVE WORK IS: $ 158,000.00 Site preparation and asphalt pad capable of DL and LL of 46001 per square foot by the city, as well as all permits. Dome entry walls and the canopy can be extended Outward 12 feet to accommodate a fully covered and protected area for the salt pile and the spreader loading (sketch enclosed) . This option is at an additional cost of: . . _. L_.8.80O.00 We do appreciate this opportunity of being of service to your good City and look forward to working with you. Yours truly, DOME C RPO T I O N I I F AME CA i i k•- •:::- -'. Stanley S. Mil c, President SSM:jlm enclosures. • EXHIBIT B Memorandum dated August 30, 1993 r f°`' August 30, 1995 MEMORANDUM TO: Richard B. Helwig, City Manager FROM: James L. Kristiansen, Public Works Director SUBJECT: Salt Storage Facility This memorandum responds to your request to , accelerate the installation of the proposed salt storage facility for use in the up coming 1995/96 winter season. In a discussion with Bill Cogley, he indicated that due to the threat to public safety during the winter storm season (the provision of adequate amounts of de-icing material is an essential service) , that a negotiated purchase order for the fabrication and erection of a salt storage facility would be appropriate. He will be preparing an opinion to that effect shortly. We met with Mr. . Stanly Milic of the Domar Corporation on Friday, August 25, 1995, to discuss our salt storage requirements . In general, our storage needs resulted in the selection of a "high-profile" dome with a diameter of 108 feet. The facility would be about 65 feet in height, and would have a storage capacity of about 6, 000 tons if filled by truck or about 7,500 tons if filled by a conveyor system. The installed cost (on a site prepared by the City) would be about $160,000, as follows: 1. Facility complete with a 10 foot high foundation ring. $ 145,000 2. Modification to accept future conveyor system. $ 8, 000 3. Electric fan and exterior lighting. $ 7,000 Dome Construction $ 160,000 Numerous studies have been conducted by IDOT, the Tollway Authority and the City of Chicago to name the most prominent local agencies, which confirm that the Domar structure is the most cost effective salt storage facility. In my previous. employment, a generic salt storage bid specification was issued, with Domar Corporation the low bidder by a factor of about 30 -2- percent. Their bid corresponded exactly with their published k price lists . In addition to the salt facility structure itself, a site preparation design and site preparation contract must be completed. The only site available to us for immediate use is the City property immediately north and adjacent to the Public Works complex. A rough site map is attached showing the site and the proposed salt dome location. The salt dome site will be located within the Fox River flood plain, and consequently will need to be elevated by about one foot. A small amount of compensatory storage will also need to be provided. Site work costs are preliminarily estimated to cost as follows: 1 . Engineering • $ 5,000 2 . Site grading and fill • 20,000 3 . Asphalt paving • 45,000 4 . Fence • 8,000 4 . Electric Service 2,000 Site Work $ 80,000 The total project is now estimated to cost about $240,000 . I will be receiving a firm purchase order from Domar Corporation by September 5, 1995, and together with Bill Cogley's legal opinion, will be preparing - an agendum item for City Council 's consideration on their meeting of September 13, 1995. JLK:do Attachment - - cc: Bob Maim Gary Miller Joe Evers r iir A l� h r :- � 1J n •� r� ,_______ , 4.4,. :,• ' .: '.''' . ; 2.'11..A.Itt.,..41•'..04/PNI:‘'t 1 t''''‘'''''' '.''',-''. "..,14:4; ' .. „.....1.'" -,:e: tlt- #. :44: .;-:7'1.\I\\1 .< �' w• .p •'., �'. ����'� .� ,� t� : _ 1.WA 1 �A.r ++w 7s } i '' 1tJ,i . k,.* '.:4 i `,.., .1 • 1 ' 1: , k.) A ,'', I it • ...t. 0. ,'A.* 'n :: --fi... \ ,a,‘ t /`3 ,fir• x ' 4:,•404"."'".)(29)c ,,,,,. iz 7\--,, c,s v il 0- .., ,r- .tA _. 'Kyr ! N*... 4i i IT•ii4 ''. i ' 4- r 0 I t 6'1' ,' - _ .,„„..,t,.- r: . :PI.. r i A ..t , .31 d.0,1 s r.- _ + � .... " . »* 4.1 Z. ' ! AGREEMENT FORM GENERAL THIS AGREEMENT is made this . day of 1995, by and between the City of Elgin, Illino s, a municipal ( 1) Dome Corporation of America doing business as (2) Dome Corporation of America , a New Jersey corporation, and hereinafter called the Contractor. Now therefore in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows : Contract Documents : The Contract Documents consist of this Agreement; Dome Corporation of America proposal dated September 1, 1995, Payment Bond; all Exhibits of this Agreement; and all Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. Scope of Work: The contractor shall perform all work as identified in his letter proposal dated September 1, 1995, work items 1 though 5 . The extended door option will not be included in the scope of work. Completion Date: The contractor shall endeavor, and make his best effort, to complete the project by December 22, 1995 . Insurance: The contractor shall not commence work under this contract until they have obtained all insurance under this paragraph, and have filed with the City certificates of insurance executed by the respective companies . The Contractor shall furnish Workman's Compensation Insurance (STATUTORY) ; Property Damage and Public Liability Insurance in the amounts of $300, 000 and $500,000 respectively; and Comprehensive Automobile and General Body Injury Liability with limits of $300,000 and $500,000 respectively. The City of Elgin shall be specifically named as an "Additional Insured" on the above policies . The contractor agrees that any claims against the contractor and/or the City shall be properly forwarded to the contractor' s insurance company for their appropriate resolution of said claims . Unresolved claims may affect/delay final payment. -2- Labor and Material Payment Bond: The contractor simultaneously with the execution of the Agreement, shall furnish a Labor and Material Payment Bond, in an amount equal to 100 percent of the Contract Price. The Bond shall be secured from a surety company acceptable to the Owner and shall be in a form acceptable to the Owner. Example form of the Bond is attached hereto. Prevailing Wage Rate: All work under this contract shall comply with the Prevailing Wage Rate Act of the State of Illinois, Illinois Revised Statutes, as amended (including Public Act 86-799) . A copy of the Prevailing Wage Rate is posted in the City of Elgin Purchasing Office. NonDiscrimination in Employment: Contract work under this proposal will obligate the contractors and subcontractors not to discriminate in employment practices, as per Section 3 . 12 . 100 of Elgin Municipal Code. Contract Price: The Owner will pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order, the Total Contract Price of One Hundred Fifty Eight Thousand Dollars ( $158,000 . 00) . Payments : The Owner will make payments periodic progress payments as approved the the Owner. Retainage: The Owner shall retain no less than ten percent ( 10%) of the amount of each payment until final completion and acceptance of all work covered by the Agreement. In the event of any conflict between the terms of this paragraph and the ordinances of the Owner, the terms of said ordinances shall take precedence. -3- IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. 9 Contractor 'el 'ORPO• .!ION 0.1 AME•14A (SEAL) By Stanley S. Mills Attest (' `` 1, }i'ky Title President Owner (SEAL) By 4Lc c".■,Attest Title DOME CORPORATION O F A M E R I C A 1 - 1 995 ' -17 September 1 , 1995 Y E A R S O F 1' EXCELLENCE City of Elgin D2a2n Z'3rinz�rzltiof!' 150 Dexter Street 1)l'A,1JRTizsi Elgin, IL 60120 Attn: Mr. James Kristiansen RE: Proposal for supply and construction Dome Salt Storage Building Capacity: 7 , 800 Tons Dear Mr. Kristiansen, We are pleased to have been invited to submit this firm price proposal for supply and construction of the 108 ft. diameter Dome Salt Storage building erected on a 10 ft. high reinforced concrete wall . Dome Corporation will supply and install the following: 1 . Construct the reinforced concrete foundation ringwall , 108 ft. in diameter, 10 ft. high, concrete strength of 4000# , all in accordance with our R-108 plans and drawings . 2. Supply and fully erect the 108 ft. diameter dome structure on the above wall . Doorway opening to be 20 ft. wide by 20 ft. high, gambrel type. 3 . Provide and install roofing underlayment- 15# , with approx. 200 squares of 25 year shingle ( 240-250#)- with all perimeter and side flashings. 4 . Install electrical panel , 100 AMP/115-120V Breaker and Switch Box and P.V.C. wiring to power the following mentioned items: Four (4)- 250 Watt, High Pressure Sodium, corrosion-proof fixtures with all necessary switches and wiring to fixtures. Light fixtures to be positioned as follows: - Interior: One each on appropriate ring and height of dome, 90 degrees to left and right of entrance, and one at 180 degrees from doorway. 127 PINE STREET, P.O. BOX 1582, MONTCLAIR, NJ 07042 TEL. 201/744-0440 • TELEFAX. 201/744-8759 City of Elgin, IL Page Two - Exterior: Over the canopy of entrance. Provide wiring and install one (1) Bayley Type Exhaust Fan, Model JB36-6U6-K with capacity to exhaust air at the rate of 16 , 320 CFM. Fan shall be single phase, 2 HP, 690 RPM, Belt-driven propeller fan. Fan shall be corrosion resistant coated, completely enclosed, sealed unit. Gravity shutter shall be corrosion resistant with a HERESITE R-500 epoxy coating or approved equal. 5. Retrofit the dome for future conveyor installation to include: Top dome compression ring, additional bracing for conveyor support and conveyor entry dormer. TOTAL COST FOR ALL ABOVE WORK IS: $ 158,000.00 Site preparation and asphalt pad capable of DL and LL of 4600# per square foot by the city, as well as all permits. Extended Door Option Dome entry walls a the ca •py can be extended outward 12 feet to a ommo• .te a fully covered and protected area for he salt pile and the spreader loading (sketc -nclosed) . This option is at an :dditio . 1 cost of: $ 8,800.00 We do appreciate t is opportunity of being of service to your good City and look forward to working with you. Yours truly, DOME CORPORATION ,OF AMERCA _4 i - .\ -k , tt - vi .--'•---t. 'v--C"'. Stanley S. Milic, President SSM: jlm enclosures. f�-r-y. t -{ -.�.• DOME CORPORATION OF A M E R I C A September 1 , 1995 �S � �'u Li •City of Elgin SEP O 150 Dexter Court Elgin, IL 60120 CITY OF ELGIN Attn: Mr. James Kristiansen ENG)NEERING DEPT. RE: Supply of Domar Salt Storage Building R-108 Model, 108' Dia. , 10'Wall Dear Mr. Kristiansen, Further to your inquiry, we wish to inform you that the name "Domar" and Patents held by our company are proprietary and do cover the proposed structure to be built for the City of Elgin, IL. Our patents afford us the protection of a single source supply for use and sale of our buildings to contractors, governmental bodies, and other users, while at the same time guaranteeing the best of product quality. Our proprietary rights and the product quality are recognized broadly by many governments, recently to include the City of Chicago, Lawrence, KS, and City of Chesterfield, MO- where we have been entrusted to construct salt storage domes through price negotiations and eventual issuance of simple purchase orders by those cities. Dealing directly with the supplier has assured the clientele of fair pricing, while holding prices within the budget in spite of inflation or sudden rise in commodity costs. It also eliminates intermediaries mark-ups, thus additional cost. We would be willing to extend the same opportunity to the City of Elgin. This is our busy season. Should we receive a Purchase Order from the City of Elgin, IL on or about the 15th. of September, I am confident that we could complete the dome by Christmas. 127 PINE STREET, P.O. BOX 1582, MONTCLAIR, NJ 07042 TEL. 201/744-0440 • TELEFAX. 201/744-8759 tk / r r City of Elgin, IL Page Two Please let me know as to your wishes. Meanwhile, we look forward to being of service to your good City. Yours very truly, DOME CORPORAT OF MERICA c„,___t_9411J Ikkie_) Stanley S. Milic, President SSM: jlm CITY OF ELGIN EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in Item #4 of the "Bidder' s Employee Utilization Form" shall: 1. Set out the name and phone number of the bidder's Affirmative Action Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minority and females in the area' s population and labor force. 3. Set out what the bidder has done and has set as a goal to be done to recruit minority and female employees . 4 . Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. • 5. Indicate bidder's consent to submit to the City of Elgin upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, selection and hiring of job applicants for the bidder. 7 . Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment meeting the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the the bidder agrees that: "Bidder (company name) shall not discriminate against any employee or applicant because of race, color, religion, sex, ancestry, age, national origin, place of birth, or disability (physical or mental) which will not interfere with the performance of the job in question. Rev. 9/1/93 CITY OF ELGIN, ILLINOIS AFFIRMATIVE ACTION/CERTIFICATION REQUIREMENTS Please submit the completed and signed forms along with your proposal . No proposal will be accepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders" , are requested to submit the following information: 1 . Workforce Analysis using the enclosed Bidder' s Employee Utilization form. 2 . Provide the information required by Item #3 on the employee utilization form if the answer to Question 2 on the form is "yes" . 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement. ) B. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. C. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid rotating. D. The successful Bidder agrees that upon acceptance by the City, the executed Invitation to Bid along with all instructions, conditions, and specifications attached thereto cons-ti ute a binding contract which may be enforced by the C ty. . / i Signature/Title �,�� Stanley S. Mili , President Company Name Dome Corporation of America 127 Pine St, P.O. Box 1540 Address Montclair, NJ 07042 Phone Number 201-744-0440 FEIN No. 22-2201968 *,--- n /1n/nn BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action — City Contracts 1. Name and Address of Bidder Description of Project Dome Corporation of America Supply & Construction Dome 12/ Pine Street Salt gtnrarga Pvilaity P.O. Box 1540 Montclair, NJ 07042 Total American JOB CATEGORIES Employees Blacks Hispanics Asians Indian Other Minority Female if ' t N ' ? ii _ l it T Y F Y F I I )fficials (Mgrs.) 1 ,1 , 0 0 supervisors _ 1 , 1 0 (1 Clerical 3 1 2 33 100 Carpenters 4 4 0 0 Laborers 12 12_ 0 0 ■ . , _ . , 4 4 ■ TOT 2i / 1 20 33% 100% , S jnit&s . �1 and t i <!/`� Telephone No. Date Sped 1 � 1 L�_a.. A A As. 201-744-0440 9/22/95 —�— Stari-ey Millc, P e ldent E. Have -you eve been awarded a bid by the City of Elgin? IMII YES rim NO B. If the answer to #2 is yea. please submit a copy of the Employee Utilization Form that was submitted with your last suocessful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under– utilization of minority and/or female. please submit. according to the guideline provided in the attached document. a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc. fails to comply with the fair employment and affirmative action rovisions of the City of Elgin. the City amongst other actions May cancel. terminate or suspend the contract in whole or in part. Sexual Harassment--Policies and Programs Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (i) the illegality of sexual harassment; (ii) the definition of sexual harassment under state law; (iii) a description of sexual harassment, utilizing examples; (iv) the vendor's internal complaint process including penalties; (v) the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; (vi) directions on how to contact the department and commission; (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257. Sexual harassment is defined as follows: "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when ( 1) submission to such conduct is made either explicitly or implicitly a term or condition of an individual's employment, (2) submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating, hostile or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the Illinois Department of Human Rights. Bond No. US00104682 'I► 11 . 4 - : ��I4 ..1' . . ► S - y ■11 ; 10 . 1r THIS INSTRUMENT WITNESSETH: That we Dome_Co roration of Nnerica a corporation organized under the laws of the State of New Jersey and regularly authorized to do business in the State of New Jersey as Principal , and We United States Fire Insurance Conpany a corporation organized under the laws of the State of New York and regularly authorized to do business in the State of _Illinois as Surety, are held and firmly bound unto the City of Elgin, Illinois hereinafter called the Owner in accordance with a Contract hereinafter referred_ to in the sum of One Hundred Fifty Eight Thousand and No/100 Dollars J$i58,000.00 ) lawful money of the United States, well and 11 truly to be paid unto tie said Owner, for the payment of which we bind ourselves, our heirs, executors, administrators, successors and assignees, jointly and severally, firmly by these presents. WHEREAS the said principal has entered into a written contract with the Owner dated September 22, 1995 for work designated as 1992 Water Distribution System Improvements, Summit Street and Shales Parkway, Elgin, Illinois In conformity with Contract Documents hereby referred to and made a part hereof, the same to all intents and purposes as if written at length herein, in which Contract the said Principal has contracted to perform 11 the work specified in said Contract in accordance with the terms thereof; HOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfully satisfy all claims and demands incurred by the Principal of said Contract, and shall pay all obligations arising thereunder, and shall fully indemnify and save harmless the Owner from all cost, fees, and damage which the Owner might suffer by reason of the failure of the Principal to do so, and shall fully reimburse and repay to the Owner all costs, damages, expenses, and fees which the Owner may incur in making good any default by the Principal, and shall promptly make payment of prevailing wages to all persons I supplying labor, equipment or materials for use in the prosecution of the work, whether by subcontractor or otherwise, and including all insurance premiums on said work as provided for in such Contract, then this obligation shall be null and void; otherwise It shall remain in full force and effect. (1) Contractor (2) Sole Proprietor, Partnership or Corporation (3) State in which project is located (4) Surety - IMPORTANT - Surety companies executing BONDS must hold P certificates of authority as acceptable sureties (31CFR223) and be authorized to transact business in the state where the project is located. (6) 100 percent of the Contract p E04032.SPSS 00620-1 p In addition, the Principal and Surety, jointly and severally, expressly agree to hold harmless and indemnify the Owner from any liens, claims, demands, suits or obligations, including, but not limited to attorney's fees, in conjunction with materials or services provided with respect to this Contract. This bond shall remain in effect for a period of one year from the date of final acceptance. The Owner may sue on this bond. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Contract Documents accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in several counterparts, each one of which shall be deemed an original , this the 22nd day of -. - -. , 1995. (SEAL) Dome ".-.ration ••f ica OW ttest 6y •�NES I" anley S. Mil c ..� �_ :_..11t Ail Title President 1 (S) ) Ufit-. States Fire In urance Company Attest By �, , II ;• (Attorney in Fact) Laura N. Collins (1) Contractor (2) Surety END OF SECTION 00620-2 UNITED STATES FIRE INSURANCE COMPANY NEW YORK, NEW YORK STATEMENT AS OF DECEMBER 31, 1994 ASSETS LIABILITIES AND SURPLUS Bonds $1,970,782,834 Losses and Stocks: Adjustment Preferred 1 Expenses $1,732,137,991 Common 53,942.435 53,942,436 Taxes and Real Estate 73,777,621 Expenses 50,225,339 Cash and Bank Unearned Deposits 8,098,085 Premiums 305,105,772 Short Term Other Liabilities 141,656,211 Investments 155,087,837 Capital $4,586,262 Premium Balances Paid in and Receivable 252,228,261 Contributed Equities and Deposits Surplus 496,522,972 in Pools and Other Surplus 144,464,435 Associations 9,739,883 Surplus to Other Assets 351,042,025 Policyholders 645,573,669 Total Admitted Assets 2,874,698,982 Total Liabilities and Surplus 2,874,698,982 Bonds and Stocks are valued in accordance with the basis adopted by the National Association of Insurance Commissioners. STATE OF NEW JERSEY SS: COUNTY OF MORRIS DENNIS J.HAMMER,Senior Vice President &Controller and RICHARD A.ANNESE, Vice President of the United States Fire Insurance Company being duly sworn,each for himself deposes and says that they are the above described officers of the said Company and that on the 31st day of December, 1994 the Company was actually possessed of the assets set forth in the foregoing statement and that such assets were available for the payment of losses and claims and held for the protection of its policyholders and creditors, except as hereinbefore indicated,and that the foregoing statement is a correct exhibit of such assets and liabilities of the said Company on the 31st day of December, 1994 according to the best of their information,knowledge and belief,respectively. Corporation's Seal 7710,'2•21-o•o-7-1---C/.-- Senior Vice P esident & Controller Sworn to and Subscribed before me this 28th day of March, 1995. f� Vice President DAWN M.SIEBENS NOTARY PUBLIC OF NEW JERSEY Notarial Seal MY COMMISSION EXPIRES JULY 25,1998 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE,NEW YORK,N.Y. KNOW ALL MEN BY THESE PRESENTS: That the UNITED STATES FIRE INSURANCE COMPANY a Corporation duly organized and existing under the laws of the State of New York, and having its administrative offices in the Township of Morris, New Jersey, has made, constituted and appointed, and does by these presents make, constitute and appoint Robert A. Nicosia, Margaret A. Nicosia, Michelle Nicosia, Laura N. Collins, Lisa V. Kenny, Kimberly M. D'Ascoli, Cathy M. Glavin, and Megan McDaniel of Lyndhurst,New Jersey,each 1 its true and lawful Agent(s) and Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver: Any and all bonds and undertakings- and to bind the Corporation thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Corporation at its offices in Morris Township, New Jersey, in their own proper persons. This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 26th day of July, 1995. is `°F, Attest: ' • STATES FIRE S CE COMPANY t„fg - --4i,,i.4" il i 0 # °Iiiv-zeYr.i.c2 il'--- - ib--'s=- .7: — - - -,- • • — ,44.41,4 fle . /../ppt.hf_____________ .., _.` . sistant Secretary Vi e President '''%-4:',.`;'.V0 -Charles R. Van Buskirk Richard A. Annese STATE OF NEW JERSEY) ss.: COUNTY OF MORRIS ) On this 26th day of July, 1995,before the subscriber, a duly qualified Notary Public of the State of New Jersey, came the above-mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personally known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution of the s g,, peing by me duly sworn, deposed and said, that they are the officers of said Company aforesaid,and that the wit ' vreceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their sits.. ,,.": Irtilleg, e duly affixed and subscribed to the said instrument by the authority and direction of the said o tOTAR), '"".° $1 11STINifittY WHt)F, I have hereunto set my hand and affixe my seal at the Township of Moms, the day and tear rstab;ti&ittti. /_^ '% �.�: DEBORAH M. GRECO n Cl� (Si ';'",,,,n,,"';" ��`� NOTARY PUBLIC OF NEW JERSEY A /l l . , (Seal) ;;��E; ��`� MY COMMISSION EXPIRES JULY 11,1999 Notary Public This Power of Attorney is granted pursuant to Article IV of the By-Laws of the UNITED STATES FIRE INSiJF£ANCE- COMPANY as now in full force and effect. ARTICLE IV Execution of Instruments. "The Chairman of the Board, Vice-Chairman of the Board, President, or any Vice-President, in conjunction with the Secretary, or any Secretary, if more than one shall be appointed by the Board, or an Assistant Secretary, shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations,policies of insurance, deeds, leases, mortgages,releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph(a), including affixing the seal of the Corporation." This Power of Attorney is signed and sealed under and by the authority of Article III, Section 9 of the By-Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE III Section 9 Facsimile Signatures. "The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed facsimile, lithographed, or otherwise produced. . . The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued." • CERTIFICATE State of New Jersey County of Morris I, the undersigned, Assistant Secretary of UNITED STATES FIRE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore that the above quoted abstracts of Article N and Article III, Section 9 of the By-Laws of the Corporation are now in full force and effect. In Testimony Whereof, I have hereunto subscribed my name and affixed the corporate seal of the said Company,this 22nd day of September , 19 95 By -14-$1,.9...- Assistant Secretary Herbert H. Linder